Tender

Supply of Smart Water Meters; Goods & Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-019418

Procurement identifier (OCID): ocds-h6vhtk-03dfb1

Published 7 July 2023, 10:43am



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

Region code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

www.thameswater.co.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.thameswater.co.uk/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.thameswater.co.uk/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Smart Water Meters; Goods & Services

Reference number

FA1763

two.1.2) Main CPV code

  • 38421100 - Water meters

two.1.3) Type of contract

Supplies

two.1.4) Short description

The supply of Smart Water Meters (SWM) including Local Communication Equipment (LCE) and Head End Systems (HES) to support collection of measurement data and meter events over LPWA networks employing NB-IoT (Narrow Band Internet of Things) for eventual submission to Thames Water applications.

The estimated gross value of this contract is £181.8 million broken down by each lot :

Lot Gross Value over 8 Year Term (ex-Vat)

Lot 1 (a) £133,346,309

Lot 1 (b) £48,499,826

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Framework is divided into two Lots, Lot 1a and Lot 1b, each Lot shall have a separate Primary Supplier. A tenderer that applies for both Lots and ranks top on both will be awarded a Framework for only one of the Lots, that being at the discretion of Thames Water and/or based on the tenderer's preference, the overall scores in each Lot and Thames Water business needs under that Lot. Contracts will be awarded based on the award criteria stated in the contract documents.

Where a Tenderer that applies for both Lots and is awarded a Framework as a Primary Supplier in one of the lots, that Primary Supplier may also be awarded a Framework as a Reserve supplier to the second Lot. Where a Reserve Supplier is awarded a Framework Agreement, they may be awarded contracts in cases where the Primary Supplier is unable to deliver or satisfy Thames Waters business needs.

two.2) Description

two.2.1) Title

Supply of Concentric Smart Meters, NB-Iot Radio Modules (LCE) and associated Head End System

Lot No

1a

two.2.2) Additional CPV code(s)

  • 38421100 - Water meters
  • 38550000 - Meters
  • 65500000 - Meter reading service
  • 72322000 - Data management services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Thames Valley & London

two.2.4) Description of the procurement

The supply of Concentric Smart Water Meters (SWM) including Local Communication Equipment (LCE) and Head End System (HES) to support collection of meter data information (AMR/AMI) into Thames Waters Meter Data Management System (MDMS) enabling on going operational management of meters and LCE deployed over a NB-IoT LPWA network.

It is estimated that during the initial term up to 177,500 concentric meters of various sizes with an associated LCE (NB-IoT) and Head End service may be purchased at an estimated contract value of £18.5million over the initial three-year term and over the maximum term of the framework this could exceed £133.3 million.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £133,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years with options to extend either on 1, 2 ,3, 4 or 5 year increments

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

To be able to undertake a competitive tender when determining the award of a supplier to each lot and to achieve contract award by December 2023

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 3 years, with options to extend either on 1,2,3,4 or 5 year increments up to a maximum overall term of 8 years. Any Call off contracts for services related to the Head End System (HES) to support collection of meter data information (AMR/AMI) into the Thames Water Meter Data Management System (MDMS) is required for the life time of the Smart Water Meters (SWM), which are estimated at between 10 and 12 years, this being the life of the Smart Water Meters. The call off contracts may therefore be required for the lifetime duration of assets following installation of the last SWM at the end of the 8-year framework term

two.2.14) Additional information

The business objective of this agreement during the initial term is defined by Green Economic Recovery (GER) funding made available to the Purchaser by Ofwat whose scope is for supply of 204,700 meters that are capable of connecting via Vodafone UK NB-IoT Network. All meters have to be installed and operational by March 2025. Additional meters may be funded through other Purchaser programs and asset management plans (AMP)

two.2) Description

two.2.1) Title

Supply of In-Line Meters, NB-Iot Radio Modules (LCE) and associated Head End System

Lot No

1b

two.2.2) Additional CPV code(s)

  • 38421100 - Water meters
  • 38550000 - Meters
  • 65500000 - Meter reading service
  • 72322000 - Data management services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Thames Valley & London

two.2.4) Description of the procurement

The supply of In-Line Smart Water Meters (SWM) including Local Communication Equipment (LCE) and Head End System (HES) to support collection of meter data information (AMR/AMI) into Thames Waters Meter Data Management System (MDMS) enabling on going operational management of meters and LCE deployed over a LPWA network employing NB-IoT.

It is estimated that during the initial term up to 26,500 in-line meters of various sizes with an associated LCE (NB-IoT) Head End service may be purchased at an estimated contract value of £6.7million over the initial contract term and over the maximum term of the framework this could exceed £48.5 million.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £48,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8-years, with options to extend either on 1, 2, 3, 4 or 5 year increments

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

To be able to undertake a competitive tender when determining the award of a supplier to each lot and to achieve contract award by December 2023

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 3 years, with options to extend either on 1, 2, 3, 4 or 5 year increments up to a maximum overall term of 8 years. Any Call off contracts for services related to the Head End System (HES) to support collection of meter data information (AMR/AMI) into the Thames Water Meter Data Management System (MDMS) is required for the life time of the Smart Water Meters (SWM), which are estimated at between 10 and 12 years, this being the life of the Smart Water Meters. The call off contracts may therefore be required for the lifetime duration of assets following installation of the last SWM at the end of the 8-year framework term

two.2.14) Additional information

The business objective of this agreement during the initial term is defined by Green Economic Recovery (GER) funding made available to the Purchaser by Ofwat whose scope is for supply of 204,700 meters that are capable of connecting via Vodafone UK NB-IoT Network. All meters have to be installed and operational by March 2025. Additional meters may be funded through other Purchaser programs and Asset Management Plans (AMP)


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the PQQ

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in section VI.3 and the PQQ

three.1.6) Deposits and guarantees required

Bonds and/or parent company guarantees of performance and financial standing may be required

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Specified in Invitation to Negotiate Document

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Consortia may be required to form a legal entity prior to award

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the ITN


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

In the case of framework agreements, provide justification for any duration exceeding 8 years:

Any agreement awarded would be for an initial duration of 3 years, with options to extend either on 1,2,3,4 or 5 year increments up to a maximum overall term of 8 years. Any Call off contracts for services related to the Head End System (HES) to support collection of meter data information (AMR/AMI) into the Thames Water Meter Data Management System (MDMS) is required for the life time of the Smart Water Meters (SWM), which are estimated at between 10 and 12 years, this being the life of the Smart Water Meters. The call off contracts may therefore be required for the lifetime duration of assets following installation of the last SWM at the end of the 8-year framework term

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3-8 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in

Section I.3 (www.thameswater.co.uk/procurement)

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)